Supplies and Components in support of the Naval Surface Warfare Center Panama City Division and the US Navy
SUPPLIES AND COMPONENTS IN SUPPORT OF THE NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION AND THE US NAVY The Naval Surface Warfare Center, Panama City Division (NSWC PCD) has a requirement for mult... SUPPLIES AND COMPONENTS IN SUPPORT OF THE NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION AND THE US NAVY The Naval Surface Warfare Center, Panama City Division (NSWC PCD) has a requirement for multiple sources to provide hardware, materials, and supplies to support compelling and emergent requirements. These supplies may include commercial-off-the-shelf (COTS) items as well as non-commercial original equipment manufacturer (OEM) specific items. These items will be in support of all programs supported by NSWC PCD and its Sponsors and Government Partners. Examples of these programs are: Organic Airborne Mine Countermeasure (OAMCM) Systems Joint Expeditionary Command and Control (JEXC2) Remote Minehunting Systems Helo Integration Unmanned Maritime Systems Acoustics, Magnetics Mine Warfare Programs Electro-Optics, Signal Processing Mission Module Integration Dive and Life Support Systems Fleet Introduction & Sustainment Senor and Data Fusion Landing Craft Air Cushioned (LCAC) Vehicles Deployed Joint Command and Control (DJC2) Systems Ship To Shore Connector Special Warfare and Seal Delivery Vehicles (SDV) Expeditionary Warfare Programs Navy Experimental Dive Unit (NEDU) Projects Surface Mine Countermeasure Systems Extreme Environments Systems US Marine Corp systems Littoral Combat Ship (LCS) The following list of federal supply codes (FSC) of the type of equipment and supplies that will be acquired: FSC Code Description 20 Ship and Marine Equipment 23 Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles 25 Vehicular Equipment Components 28 Engines, Turbines, and Components 29 Engine Accessories 30 Mechanical Power Transmission Equipment 35 Service and Trade Equipment 39 Materials Handling Equipment 40 Rope, Cable, Chain, and Fittings 42 Fire Fighting, Rescue and Safety Equipment 43 Pumps and Compressors 47 Pipe, Tubing, Hose, Fittings 48 Valves 49 Maintenance and Repair Shop Equipment 54 Prefabricated Structures and Scaffolding 58 Communications, Detection and Coherent Radiation Equipment 59 Electrical and Electronic Equipment Components 60 Fiber Optics Materials and Components, Assemblies and Access 61 Electric Wire, and Power and Distribution Equipment 63 Alarm, Signal, and Detection Systems 66 Instruments and Laboratory Equipment 68 Chemicals and Chemical Products 69 Training Aids and Devices 70 ADP Equipment Software, Supplies and Support Equipment 81 Containers, Packaging, and Packing Supplies 84 Clothing, Individual Equipment, and Insignia 95 Metal Bars, Sheets, and Shapes 99 Miscellaneous Potential suppliers may be required to provide supplies from a number of systems or equipment and systems or equipment design information that are proprietary to the Original Equipment Manufacturers (OEM). The Contractor shall enter into subcontracts, Associate Contractor Agreements (ACA), or Non-Disclosure Agreements (NDA) with pertinent vendors as appropriate. These deliverables would be identified in each of the individual delivery orders. The following is provided as an example of the supplies and subsystems that may involve OEMs. AN/AQS-20A Raytheon AQS-14 and AQS-24 Northrup Grumman Carriage Stream and Recovery System (CSTRS) EVC Coastal Battlefield Reconnaissance and Analysis (COBRA) ArĂȘte' AN/AQS 232 Airborne Mine Neutralization System (AMNS) Atlas North America Radio requirements Harris Radios ACAs or NDAs will be in Contractor format. The following is provided as a guide for the types of issues that should be addressed by the agreements: (a) Identification of supplies and any licensing agreements for the Navy. (b) Delivery requirements. (c) Any NDAs required between the prime and the OEM. Interested parties may provide electronic or paper submittals to be received by the Government by 02 April 2019. There is no specific format or outline that submittals must follow. Each response must reference the Sources Sought title. Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). Telephone responses will not be honored. Technical questions should be directed to Tommy.Bushman1@navy.mil. Electronic responses to this announcement should be directed to Tommy.Bushman1@navy.mil. Paper submittals should be directed to NSWC PCD, ATTN: Tommy Bushman, 110 Vernon Ave, Panama City, FL 32407-7001. This is a Sources Sought announcement, a market survey for written information only. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. NAICS Code 339999 applies. Small Business Size Standard is 500 employees. Market Research Address the following seven elements via email notification to Tommy.Bushman1@navy.mil. (1) Address capability of providing hardware, materials, and supplies in support of sources sought. (2) Name and address of interested firm (3) Size of business, including average annual revenue for past 3 years and number of employees (4) Ownership, i.e., Large, Small, SDB, WOSB, VOSB, SDVOSB, etc. (5) Number of years in business (6) Two points of contact (name, title, telephone number, fax and e-mail address) (7) DUNS Number Element 1 Element 2 Element 3 Element 4 Element 5 Element 6 Element 7 PRE-SOLICITATION CONFERENCE A pre-solicitation conference will be held on 03 April 2019 at 12:00 p.m. (cst) at the LaQuinta Inn and Suites located at 7115 Coastal Palms Blvd, Panama City Beach, Florida 32408. All interested parties must email the company's name and the name of the personnel attending to tommy.bushman1@navy.mil no later than 29 March 2019. No reimbursement will be made for any costs associated with attending the pre-solicitation conference.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »